Loading...
HomeMy WebLinkAboutPK11-209 - Original - Duchess Construction, Inc - Kent Memorial Park - Tennis Court Lighting - 06/10/2011 Records Management KENT Document WASKINOTON CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: ��C ke%'e SS Co-y-� ,5-�rLA- A^L�) y-\ Vendor Number: ✓ �� JD Edwards Number Contract Number: � I1—ao Ic� This is assigned by City Clerk's Office V 'j� Project Name: K Vl`� � l'YIl�✓ Pa ✓� !� I `� Cdu Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment contract ❑ Other:Contract Effective Date: (9 _1`C) \ Termination Date: Contract Renewal Notice (Days): re�- Number of days required notice for termination or renewal or amendment Contract Manager.--, cDepartment: Detail: (i.e. address, location, parcel number, tax id, etc.): CK SZ) to n4 0- A/I 5 Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 t r 000 KENT WASHINGTON PUBLIC WORKS AGREEMENT between City of Kent and Duchess Construction Inc. & Electric THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Duchess Construction Inc. & Electric organized under the laws of the State of Washington, located and doing business at PO Box 1985 Milton, WA 98354 P: 253-891-2016 F (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Replace existing crossarms and lighting fixtures at the Kent Memorial Park tennis courts in Kent, Washington as described in the contractor's proposal dated March 9, 2011 attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Five Thousand Six Hundred Ninety Four Dollars ($5,694.00), including applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $25,000, and pursuant to Chapter 39.08 PUBLIC WORKS AGREEMENT - 1 (Under$10K and No Performance Bond) RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 2 (Under$10K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earn ings s of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed PUBLIC WORKS AGREEMENT - 3 (Under$IOK and No Performance Bond) � � a with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an PUBLIC WORKS AGREEMENT - 4 (Under$10K and No Performance Bond) invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one-year warrant bond in a form and amount acceptable to the City. The Contractor Y Y shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. PUBLIC WORKS AGREEMENT - 5 (Under$10K and No Performance Bond) The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by PUBLIC WORKS AGREEMENT - 6 (Under$10K and No Performance Bond) filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AGREEMENT - 7 (Under$10K and No Performance Bond) A I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR:/ CITY OF KENT: �1..----•-.,ate By: �A MY, By: (signature) (signature) Print Name: Print a : Jeff Watling Its VIC-er pa Its: Parks Director (title) C DATE: ��"Zq� ►1 DATE: P,(itarIC NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Hank Leenstra Bill Venable Duchess Construction Inc. & Electric City of Kent PO Box 1985 220 Fourth Avenue South Milton, WA 98354 Kent, WA 98032 253-891-2016 (telephone) (253) 253-561-2747 (telephone) 53-863-9165 (facsimile) (253) 253-856-6120 (facsimile) KMP Tennis Court Lights 5-20-11 PUBLIC WORKS AGREEMENT - 8 (Under$1OK and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this a4 day of ra`/ , 2011. For: �cJcµ ct5s CJ�0 sr. )& 4 - Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 2011. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Mzh 10 11.07:07a 253-863-9166 p 2 Jr- t b i -- r iE Duchess Construction Inc. P.O. Box 1985 Milton WA 98354 3/9/2011 MP-42r CITY OF KENT PARES DUCHESS CONST INC IS PLEASED TO QUOTE THE TENNIS COURT LIGHT REPLACEMENT AT KENT MEMORIAL PARK DUCHESS WILL REPLACE 4EA BULL HORNS AT TOP OF POLES ADD 12EA.SLIP FITTERS TO BULL HORNS REPLACE [2EA 1500 WATT QUARTS FLOOD L1GHl S AND SUPPLY LABOR AND LIFT TO COMPLETL THE PROJECT IF YOU HAVE ANT QUESTIONS PLEASE CALL HANK AT 253-261-5766. Razil FOR THE SUM OF 5,200.00 5,200 OCT 9 50% 49400 $5,694.00 253-891-2016 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 7 ® DATE(MMOOIYYYY) A� CERTIFICATE OF LIABILITY INSURANCE 6/1/zo11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements) CONTACT Shawn Smith PRODUCER NAME McDonald Insurance Group, Inc. PHONNo,E (425)827-7400 FAX (425)827-7402 A C No 416 6th St S ADDRESS shawn@mcdonaldins.com PO BOX 3089 PRODUCERCUSTOMER ID p0020110 Kirkland WA 98083-3089 INSURERS AFFORDING COVERAGE NAIC0 INSURED INSURERA Western National Assurance INSURER B Duchess Construction, Inc INSURERC P.O.BOX 1985 1 INSURER Milton WA 98354 INSURERS INSURER F COVERAGES CERTIFICATE NUMBER 11/12 GL/SG/Auto/Umb REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR MID POLICY NUMBER MM/DDIYYYY MIN GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE ORENTED ZOO,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ A CLAIMS-MADE Fil OCCUR CPPOO1476703 /9/2011 /9/2012 MED EXP(Any one person) $ 5,000 X $500. Deductible PERSONAL&ADV INJURY $ 1,000,000 X CG2503 Attached GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG IS 2,000,000 POLICY X PEOT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ A ALL OVMED AUTOS PPo01471303 /9/2011 /9/2012 BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) $ NON-OVdAlEO AUTOS Undennsured motorist $ Medical payments $ JEXCE MBRELLA LUIB X OCCUR EACH OCCURRENCE $ 1,000,000 SS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 EDUCTIBLE $ A ETENTION $ 10,000 0010653 /9/2011 /9/2012 $ A )40XIQ3( )C)6Xj` FGSA•'D(ON( CRY STA iU- X OT-EEL )OIIgEMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE KASHINGTOR STOP GAP EL EACH ACCIDENT $ 1,000,000 OFFICER'MEMBER EXCLUDED? ❑ NIA (Mandatory in NH) PPOO1476703 /9/2011 /9/2012 EL DISEASE-EA EMPLOYEE $ 1,000,000 If as,descnbe Under D ESCRIPTION OF OPERATIONS heloa EL DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE Kent Memorial Park - Tennis Courts - Certificate Holder is named additional insured with respects to work performed by the named insured for general liability as required by written contract per form WNGL49 attached CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN C1ty of Kent ACCORDANCE WITH THE POLICY PROVISIONS 220 Fourth Ave S Kent, WA 98032 AUTHORIZED REPRESENTATIVE K Dava.d Tucker/KATHY ACORD 25(2009/09) ©1988-2009 ACORD CORPORATION All rights reserved. INS025(200909) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 49 0109 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. -ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11--Who Is An Insured is amended to in- a. The preparing, approving, or fading to pre- clude as an additional insured any person or organ- pare or approve, maps, shop drawings, opin- ization for whom you are performing operations ions, reports, surveys, field orders, change when you and such person or organization have orders or drawings and specifications; or agreed in writing in a contract or agreement that b. Supervisory, inspection, architectural or en- such person or organization be added as an addi- gineering activities, tional insured on your policy. Such person or organ- ization is an additional insured only with respect to 2. "Bodily injury° or "property damage" occurring liability for "bodily injury", "property damage" or after. "personal and advertising injury" caused, in whole or in part,_by: .� a. All work, including materials, parts or equip- or -- - ment -furnished in-connection with such 1. Your acts or omissions; or work, on the project (other than service, 2. The acts or omissions of those acting on your maintenance or repairs) to be performed by behalf; or on behalf of the additional insured(s) at the location of the covered operations has in the performance of your ongoing operations for been completed; or the additional 'insured. b. That portion of"your work" out of which the A person's or organization's status as an additional injury or damage arises has been put to its insured under this endorsement ends when your Intended use by any person or organization operations for that additional insured are com- other than another contractor or subcontrac- pleted, for engaged in performing operations for a B. The Limits of insurance applicable to the additional principal as a part of the same project. insured are those specified in the written contract D. As respects the coverage provided under this en- or written agreement or in the Declarations of this dorsement, Paragraph 4.b. of the Other Insurance policy, whichever is less. These Limits of insu- Condition is deleted and replaced by the fallowing: ante are inclusive of, and not in addition to Limits 4. Other Insurance of Insurance shown in the Declarations. C. With respect to the insurance afforded to these ad- b. Excess Insurance ditional insureds, the following additional exclusions This insurance is excess over any other in- apply: surance naming the additional insured as an This insurance does not apply to: Insured whether primary, excess, contingent or an any other basis unless the written con- 1. "Bodily injury", "property damage" or "personal tract or agreement described in A. above and advertising injury"arising out of the render- specifically requires that this insurance be ing of, or the failure to render, any professional provided on either a primary basis or a pri- architectural, engineering or surveying services, mary and noncontributory basis. including: WN GL 49 01 09 Intrudes copyrighted metaft of Insurance Services Offices Inc.with its permission. Page 1 of 1 POLICY NUMBER:CPP 0014767 03 COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503103-97) (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement I A. For all sums which the insured becomes 4. The limits shown in the Declarations for legally obligated to pay as damages caused by Each Occurrence, Fire Damage and Med- "occurrences" under COVERAGE A (SECTION ical Expense continue to apply. However, 1), and for all medical expenses caused by instead of being subject to the General accidents under COVERAGE C (SECTION 1), Aggregate Limit shown in the which can be attributed only to ongoing Declarations, such limits will be subject to operations at a single designated construction the applicable Designated Construction project shown in the Schedule above: Project General Aggregate Limit. T 1. A separate Designated Construction Pro- B. For all sums which the insured becomes ject Genera( Aggregate Limit applies to legally obligated to pay as damages caused by each designated construction project, and "occurrences" under COVERAGE A (SECTION that limit is equal to the amount of the 1), and for all medical expenses caused by General Aggregate Limit shown in the accidents under COVERAGE C (SECTION 1), Declarations. which cannot be attributed only to ongoing operations at a single designated construction 2. The Designated Construction Project Gen- project shown in the Schedule above: eral Aggregate Limit is the most we will pay for the sum of all damages under 1. Any payments made under COVERAGE A COVERAGE A, except damages because for damages or under COVERAGE C for of "bodily injury" or "property damage" medical expenses shall reduce the amount included in the "products-completed available under the Genera( Aggregate operations hazard", and for medical Limit or the Products-Completed expenses under COVERAGE C regardless Operations Aggregate Limit, whichever is of the number of: applicable; and a. Insureds; 2. Such payments shall not reduce any b. Claims made or suits brought; or Designated Construction Project General c. Persons or organizations making claims Aggregate Limit. or bringing "suits". C. When coverage for liability arising out of the 3. Any payments made under COVERAGE A "products-completed operations hazard" is for damages or under COVERAGE C for provided, any payments for damages because medical expenses shall reduce the of "bodily injury" or "property damage" Designated Construction Project General included in the "products-completed opera- Aggregate Limit for that designated tions hazard" will reduce the Pro- construction project. Such payments shall ducts-Completed Operations Aggregate Limit, not reduce the General Aggregate Limit and not reduce the General Aggregate Limit shown in the Declarations nor shall they nor the Designated Construction Project reduce any other Designated Construction General Aggregate Limit. Project General Aggregate Limit for any other designated construction project shown in the Schedule above. CG 25 03 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 2 D. If the applicable designated construction pro- E. The provisions of Limits Of Insurance ject has been abandoned, delayed, or (SECTION III) not otherwise modified by this abandoned and then restarted, or if the endorsement shall continue to apply as authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s): Operations Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury' or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 McDonald Insurance Group, Inc. P.O Box 3089 Kirkland, WA 98033 RE: Certificate of Liability attached to this memo This certificate of liability insurance does not necessarily imply that primary coverage or other additional insured requirements are provided for the additional insured(s)unless an endorsement is attached specifying these coverages This certificate does not necessarily comply with all contract requirements between the named insured and the additional insured(s) All involved parties should have their attorney review the policy for actual coverage and compliance with their written agreement or contract.. McDonald Insurance Group,Inc. Rev 9/2010 Certificate of Liability form This certificate is the "latest' ACORD 25 - Certificate of Insurance. In order to issue certificates from our agency, this revision of (2009/09) must be used If you previously received an ACORD 25 (2009101) certificate, there are notable changes between the two forms. Please note the following significant characteristics of the new ACORD 25 (2009/09) • The cancellation clause refers back to the policy terms. • Cancellation notice from the insurance carrier is provided to the first named insured. That right is not available to certificate holders. • The ACORD form is copyrighted. Permission to alter it is not available. • As Insurance Agents we receive authority from the insurance carriers that we represent to issue certificates. Carriers do not authorize us to include special language or alter the form even without the copyright concerns. The carriers also do not authorize us to complete special coverage forms provided by the certificate holder. 9 + r o Q m o C N m MC O POW Z O 0. T Ed W N 1Wa� 2� O C Q 5 �jPI V P PI P P V V P P °iv N O T N Y O T N_ � ' �q ��NI ``�yI � �p qq�� QQII qqI� ��II qI� aI 0 N 9 h N nl N N nl n� nl �N u'N vQi� n� W W IN, A W A ycm _N 2 v O C rn Q N m E N L Lu O vm C 3 a w N _ c o• __ TY � � � o OI L Q N L c a'S a3 > o 1] d m a E W m C J C O C E p 0. E 41 f0 H a N v �' I N m i v C w c 0 J ;cu a i `w `w v m c > > i v c Q�c^ a w 4 w E p w w a +fin C N C 3 O ydj N v vi O f>26 E v w ., c .. c v 3 v .' t E w D v y UJ E R L7I C UJ J O N N N N O O O O A W 2 W N g O C 0 0 0 0 O > x0 y V —. W Q m v 3 ° o o CC o d o 3 it ma Nam « E > 2 2 2 2 2 2 c u L v"i N N v N L m O C O O O C O O y a � o> d c u uu ui uu c o 3 0 o J f v v v a vo vI a. 2 °1 3 3 J N LL Ni N N N C_ T N@ C C C C C ~ W , G V V N ld > c v c [ c c t v c c c i c c c c 3 a O N (yy ai a w w a .. w W W>I W W W W J W W W WI W WI ILLS W W W W W W W W o � N C c O m rn m m m an m m m m m m m m on m m w m m m m